MS94, MS95, MS96, MS97

SOL #: N0010426RK044Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Explosives Manufacturing (325920)

PSC

Cartridge And Propellant Actuated Devices And Components (1377)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 17, 2025
2
Last Updated
Jan 29, 2026
3
Submission Deadline
Feb 17, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Navy (NAVSUP WEAPON SYSTEMS SUPPORT MECH) is soliciting proposals for Canopy Severance Assemblies (MS94-MS97) and Window Cutter Assemblies (MS95-MS97) for the AH-64 Apache helicopter. This is a Firm Fixed Price solicitation, with procurement restricted by source control drawings. Offers are due by February 17, 2026.

Scope of Work

This solicitation, N0010426RK044, covers the procurement of critical assemblies used to fracture acrylic doors and windows for crew escape. Key items include:

  • Canopy Severance Assemblies (DODIC MS94, MS95, MS96, MS97): Specific quantities for FY25 and FY26, including production lots, technical data, and test samples. Adherence to Source Control Drawings is mandatory.
  • Window Cutter Assemblies (DODIC MS96, MS97): Similar requirements to canopy assemblies, with specified quantities and adherence to Source Control Drawings.
  • Option Line Items (0005-0008): 100% options for CLINs 0001-0004, with potential quantity changes.
  • Technical Data: Required per DD Form 1423, Exhibit A.
  • Packaging and Marking: Must comply with MIL-STD-129, MIL-STD-2073, CFR 49 171-178, MIL-STD-130, DLAR 4145.41, and MIL-DTL-85097E (OS).
  • Unique Item Identification (UII): Required for serialized items per DFARS 252.211-7003.
  • Energetic Materials: Must not exceed 24 months from original manufacturing or retest date.
  • Safety Precautions: Compliance with DoD Manual 4145.26 is mandatory.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Period of Performance: Delivery schedules range from 60 to 780 days after Date of Award.
  • Set-Aside: None specified; however, Small Business Participation is an evaluation factor.
  • Proposal Due: February 17, 2026, 02:00 PM local time.
  • Questions Due: One week prior to the closing date.
  • Published: December 29, 2025

Evaluation

Award will be based on Best Value, considering Past Performance, Small Business Participation, and Price. Past Performance is weighted more heavily than Small Business Utilization and Price.

Additional Notes

Electronic submission of proposals via email is required. The solicitation includes Foreign Military Sales (FMS) for various CLINs and numerous DFARS/FAR clauses related to quality, safety, and cybersecurity.

People

Points of Contact

stacey.l.romberger.civ@us.navy.milPRIMARY

Files

Files

View

Versions

Version 4
Solicitation
Posted: Jan 29, 2026
View
Version 3Viewing
Solicitation
Posted: Dec 29, 2025
Version 2
Solicitation
Posted: Dec 29, 2025
View
Version 1
Pre-Solicitation
Posted: Nov 17, 2025
View